Procurement #67453



Title
BP #07 - Maintenance Building - CM CLARIFICATION #16
Status
Archive
OpenDate
11/07/2018
CloseDate
11/16/2018
Description
Cherokee Nation Entertainment (“Owner”) on behalf of Foreman Manhattan Construction Team (herein called “Construction Manager”, “CM”, “Foreman Manhattan Team”, “FMC”, or “Foreman Manhattan”) acting as Construction Manager is accepting SEALED bids on Friday, November 16 2018, at 2:00PM CST.
Detail
**CM CLARIFICATION #16, DATED 11/12/18, IS TO ADDRESS THE QUESTIONS, AND/OR COMMENTS, THAT HAVE BEEN ASKED IN REGARDS TO THIS BID POSTING. THE DOCUMENT IS IN THE BID FOLDER ON BOX AND CAN BE VIEWED VIA THE FOLLOWING LINK: https://cn-bus.box.com/s/49jkoicld26a2cqmgru6rloph17thrud Cherokee Nation Entertainment (“Owner”) on behalf of Foreman Manhattan Construction Team (herein called “Construction Manager”, “CM”, “Foreman Manhattan Team”, “FMC”, or “Foreman Manhattan”) acting as Construction Manager is accepting SEALED bids on Friday, November 16 2018, at 2:00PM CST. All proposals should be sent by express delivery, regular mail or hand delivery to Cherokee Nation Businesses Catoosa Corporate office at the following address: IF BY EXPRESS DELIVER OR REGULAR MAIL Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV 777 W. Cherokee Street Catoosa, Oklahoma 74015 IF BY HAND DELIVERY Cherokee Nation Businesses, L.L.C. Attn: Tina Jones, Buyer IV Corp. Building #3 1102 N. 193rd East Ave. Catoosa, OK 74015 Proposals shall be designated as: CNE Tahlequah Casino – Scope Package # ___13.01_______ And properly marked with project name, name of bidder and bid package number. Any Proposal may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Email delivery of Proposals shall NOT be accepted. Proposal Due Date: Due Date: Friday, November 16, 2018 Time: 2:00 P.M. (CST) Content to be included at Foreman Manhattan Construction Team request: Each bid proposal must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, ink or typewritten. Bidder shall submit proposals using the prescribed forms included herein. a. Complete Scope Package Document b. Completed Affidavits c. Pre-qualification Documents (Section 00 45 00) d. TERO bidders must supply a copy of TERO Certificate, front and back. e. One (1ea) soft/digital copy of all the above (*.pdf format) on a USB Thumb Drive Bid documents for this bid may be viewed at the following link: https://cn-bus.box.com/s/49jkoicld26a2cqmgru6rloph17thrud Bid Bond: Not Required Performance and Payment Bond Requirements: (Subcontractor contracts Only) Costs for performance and payment bonds shall be included in your base bid and any applicable alternates or unit prices. All exterior envelope Bid Packages (Trades) will be required to bond. In addition, all base bids, combination base Bid and including all alternates of $100,000 or above will require Performance and Payment Bond equal to one hundred percent (100%) of the contract amount. Reference Section 00 60 04 – Exhibit B of the C.M. Bid Manual. Tribal Employment Rights Office. SUBCONTRACTOR IS TO COMPLY WITH ALL CHEROKEE NATION, TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO), NATIONAL INDIAN GAMING ASSOCIATION (NIGA), AND ALL BUREAU OF INDIAN AFFAIR'S (BIA) RULES, REGULATIONS, AND LICENSING REQUIREMENTS INCLUDING ALL FEES AND ASSESSMENTS, ASSESSMENT, APPLICABLE TO THIS PROJECT. 11.1.1 - TERO document “An Act” Legislative Act 01-14 dated February 10, 2014. This Document is ACT AMENDING LA 30-12, "CHEROKEE NATION EMPLOYMENT RIGHTS ACT" 11.1.2 - Subcontractors are to EXCLUDE the cost for Section; Title 40, § 1011; T. To assess an Employee Rights Fee of one-half (1/2) of one percent (1%) on all covered contracts. This cost will be paid by the Construction Manager. 11.1.3 - The Work Permits paragraph of the Tribal Employment Rights Office (TERO) Project Labor Agreement - Master Agreement LA 01-14 states: No person who is not a member of a federally recognized tribe shall be employed by a covered employer until he or she has obtained a work permit from the TERO at a cost of twenty-five dollars ($25) per day, per permit. Subcontractors are to INCLUDE in their proposed price for the work, all costs associated with the twenty-five ($25) per day work permit for every non-Indian individual employed on this project. Schedule Time is of the essence of the Contract. Bidders are to review the work of their particular Bid Package and all other Bid Packages in relation to the Project Schedule. The Subcontractor is committing to the Master Schedule of the project by submitting a Bid. Subcontractor should include all re-mobilization charges required per the Project schedule. Pre-bid date is scheduled for: NO PRE-BID. Site Visits can be scheduled at the bidders’ request through onsite Project Manager Patrick Fogarty: 918-878-3372 office / 918-946-6890 mobile PFogarty@manhattanconstruction.com All Questions and Interpretations of the Bid documents: Project Contact: Tina Jones, Buyer IV (918) 384-7802 Tina.Jones@cnent.com Deadline cut-off date for all questions concerning this specific Bid is 12:00 (Noon) on Friday, November 9, 2018.
Name:Tina Jones
Email:tina.jones@cnent.com
Phone:918-384-7802
Cherokee Nation Entertainment
Awards
Morehead Construction LLC